Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2013 FBO #4312
SOLICITATION NOTICE

R -- Purchase of Oracle JAVA Support

Notice Date
9/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-13-Q-PBN059
 
Archive Date
10/3/2013
 
Point of Contact
James A Lassiter, Phone: (757)686-2149
 
E-Mail Address
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request for Quote number RFQ HSCG44-13-Q-PBN059. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-69. This procurement will be processed in accordance with FAR Part 12 and 13.5. The North American Industry Classification System (NAICS) is 541519. The SBA size standard is $25.5M. This is Not a Small Business Set-Aside, due to this acquisition being a Sole Source Procurement it is not anticipated that there will be 2 or more qualified Small Business Concerns to provide pricing for this requirement IAW 19.502(a). See attached Justification for Other Than Full and Open Competition (Below). The USCG Command Control and Communications Engineering Center (C3CEN) Portsmouth. Va. 23703 intends to purchase on a non-competitive basis by awarding a Firm Fixed Price Purchase Order Contract to ORACLE AMERICA for the purchase of: Oracle Java SE Support Activation per Schedule B and IAW Statement of Work (SOW). Note: The Coast Guard does not own nor can they obtain specifications or other technical data for these Services. Requests for drawings and specifications will be disregarded. The proposed contract action resulting from this synopsis/solicitation for commercial items is the Governments intention to solicit and negotiate with only one source under the authority of FAR 6.302-1 & 13.106-1(b). Interested persons/parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive quotations/proposals. However, all quotations/proposals received within 5 days after date of publication of this synopsis/solicitation will be considered by the USCG/Government. Any Contractors that are authorized service suppliers of ORACLE JAVA Support are encouraged to provide a Firm Fixed Price quote. A determination by the USCG/Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the USCG/Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement, and for informational purposes for future acquisitions. The contractor for this proposed Sole Source contract is: ORACLE AMERICA. Cage Code: 4S870. A SAMS/BINCS Contractor Verification Information search was conducted on SEP/11/2013 by the Contracting Officer listed below. This is considered to be a Sole Source Acquisition. See attached Justification for Other Than Full and Open Competition (JOTFOC) Document below. The government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. The Required Delivery Date is 30 Days ARO. Unless otherwise stated all items will be required to be shipped to the USCG C3CEN 4000 Coast Guard Blvd. Portsmouth, VA 23703. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals by SEP/18/2013 @ 7:00AM EST. FIRM FIXED Price Proposals shall be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Total Price, Payment Terms, discount offered for prompt payment, Delivery Information, Company DUNS and Cage Code. Email quotes to the POC Beverly A. Turman-Dawson, Acquisition Specialist, Beverly.A.Turman-Dawson@uscg.mil. The Anticipated Award Date for the Purchase Order Contract is SEP/18/2013; this date is approximate and not exact. Schedule B Line Item 1: Base Period: (Sep 20, 2013- Sep 19, 2014) - 333 EA of - Oracle Java SE Support Activation (Oracle Java SE Support per processor). Provides Java SE Support Activation for versions that have reached end of Life, where patches and fixes are no longer freely available to the Java community IAW Statement of Work (SOW). Price:_______________ Line Item 2: Base Period: (Sep 20, 2013- Sep 19, 2014) - 333 EA of - Oracle Java SE Support Activation (Oracle Java SE Support per processor). Provides Java SE Support Activation for versions that have reached end of Life, where patches and fixes are no longer freely available to the Java community IAW Statement of Work (SOW). Price:_______________ Line Item 2: Option Year 1: (Sep 20, 2014- Sep 19, 2015) - 333 EA of - Oracle Java SE Support Activation (Oracle Java SE Support per processor). Provides Java SE Support Activation for versions that have reached end of Life, where patches and fixes are no longer freely available to the Java community IAW Statement of Work (SOW). Price:________________ Line Item 3: Option Year 1: (Sep 20, 2015- Sep 19, 2016) - 333 EA of - Oracle Java SE Support Activation (Oracle Java SE Support per processor). Provides Java SE Support Activation for versions that have reached end of Life, where patches and fixes are no longer freely available to the Java community IAW Statement of Work (SOW). Price:________________ Total Price:____________________________ (Base Plus All Options) NOTE: The Government is not obligated nor required to purchase additional items or Exercise any Option Period of the awarded contract. The government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and BEST VALUE to the Government, price and other factors considered. The following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) - award will be made to the Offeror proposing the Overall Best Value to the Government considering, Price, Technical Capability. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions -Commercial Items (June 2010). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (August 2011). OPTIONS: 52.217-5 Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). End of Clause 52.217-9 Option to Extend the Term of the Contract (March 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 48 months. End of Clause FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR) (Jul 2006). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil End of Clause The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O. 12722, 12724, 13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) End of Clause The following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. The Following FAR Provision applies to Line Item 2-3 only of this Acquisition: FAR 52.232-18 Availability of Funds Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. End of Clause JAVA SE SUPPORT STATEMENT OF WORK 1.0 GENERAL: 1.1 SCOPE: This effort solicits and evaluates proposals, negotiates and establishes prices and quantities for Java SE Support Activation for versions that have reached End of Life, where patches and fixes are no longer freely available to the Java community. 1.2 BACKGROUND: After November 2012, Oracle will no longer post updates of Java SE 6 (and older versions) to its public download sites. Existing Java SE 6 downloads already posted as of November 2012 will remain accessible in the Java Archive on Oracle Technology Network. C4ISR Systems on board the NSC and HC-144 Aircraft and the HC-130 J Aircraft continue to operate on Java 4, 5 and 6. In order to maintain ATO, the CG will need continued access to critical bug fixes and security fixes as well as general maintenance for Java SE 6 or older versions, long term support is available through Oracle Java SE Support. 1.3 CONTRACTOR PERSONNEL: N/A (Software Purchase) 1.5 PERIOD OF PERFORMANCE: The period of software support for this contract is 20 Sept 2013 through 19 Sept 2014, with two additional Option Years. 1.6 PLACE OF PERFORMANCE: The primary place of software support performance for this effort will be the Contractor's facility, ORACLE AMERICA INCORPORATED in Redwood City CA. 1.7 SECTION 508 COMPLIANCE: The following OAST Section 508 clauses are applicable for services provided under this statement of work: Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use electronic and information technology, they must ensure that it is accessible to people with disabilities. Federal employees and members of the public who have disabilities must have equal access to and use of information and data that is comparable to that enjoyed by non-disabled Federal employees and members of the public. All EIT deliverables within this work statement shall comply with the applicable technical and functional performance criteria of Section 508 unless exempt. Specifically, the following applicable standards have been identified: 36 CFR 1194.21 - Software Applications and Operating Systems, applies to all EIT software applications and operating systems procured or developed under this work statement including but not limited to GOTS and COTS software. In addition, this standard is to be applied to Web-based applications when needed to fulfill the functional performance criteria. This standard also applies to some Web based applications as described within 36 CFR 1194.22. 36 CFR 1194.22 - Web-based Intranet and Internet Information and Applications, applies to all Web-based deliverables, including documentation and reports procured or developed under this work statement. When any Web application uses a dynamic (non-static) interface, embeds custom user control(s), embeds video or multimedia, uses proprietary or technical approaches such as, but not limited to, Flash or Asynchronous JavaScript and XML (AJAX) then "1194.21 Software" standards also apply to fulfill functional performance criteria. 36 CFR 1194.23 - Telecommunications Products, applies to all telecommunications products including end-user interfaces such as telephones and non end-user interfaces such as switches, circuits, etc. that are procured, developed or used by the Federal Government. 36 CFR 1194.25 - Self Contained, Closed Products, applies to all EIT products such as printers, copiers, fax machines, kiosks, etc. that are procured or developed under this work statement. 36 CFR 1194.26 - Desktop and Portable Computers, applies to all desktop and portable computers, including but not limited to laptops and personal data assistants (PDA) that are procured or developed under this work statement. 36 CFR 1194.31 - Functional Performance Criteria applies to all EIT deliverables regardless of delivery method. All EIT deliverable shall use technical standards, regardless of technology, to fulfill the functional performance criteria. 36 CFR 1194.41 - Information Documentation and Support, applies to all documents, reports, as well as help and support services. To ensure that documents and reports fulfill the required "1194.31 Functional Performance Criteria", they shall comply with the technical standard associated with Web-based Intranet and Internet Information and Applications at a minimum. In addition, any help or support provided in this work statement that offer telephone support, such as, but not limited to, a help desk shall have the ability to transmit and receive messages using TTY. Section 508 Applicable Exceptions - Exceptions for this work statement have been determined by DHS and only the exceptions described herein may be applied. Any request for additional exceptions shall be sent to the COR and determination will be made in accordance with DHS MD 4010.2. DHS has identified the following exceptions that may apply: 36 CFR 1194.3(b) Incidental to Contract, all EIT that is exclusively owned and used by the contractor to fulfill this work statement does not require compliance with Section 508. This exception does not apply to any EIT deliverable, service or item that will be used by any Federal employee(s) or member(s) of the public. This exception only applies to those contractors assigned to fulfill the obligations of this work statement and for the purposes of this requirement, are not considered members of the public. Section 508 Compliance Requirements: 36 CFR 1194.2(b) (COTS/GOTS products), When procuring a product, each agency shall procure products which comply with the provisions in this part when such products are available in the commercial marketplace or when such products are developed in response to a Government solicitation. Agencies cannot claim a product as a whole is not commercially available because no product in the marketplace meets all the standards. If products are commercially available that meets some but not all of the standards, the agency must procure the product that best meets the standards. When applying this standard, all procurements of EIT shall have documentation of market research that identify a list of products or services that first meet the agency business needs, and from that list of products or services, an analysis that the selected product met more of the accessibility requirements than the non-selected products as required by FAR 39.2. Any selection of a product or service that meets less accessibility standards due to a significant difficulty or expense shall only be permitted under an undue burden claim and requires authorization from the DHS Office of Accessible Systems and Technology (OAST) in accordance with DHS MD 4010.2. 2.0 GOVERNMENT FURNISHED RESOURCES/PROPERTY: It is not anticipated that any Government furnished resources will be used in performance of this contract. 3.0 CONTRACTOR FURNISHED PROPERTY: The Contractor shall furnish all facilities, materials, equipment and services necessary to fulfill the requirements of this contract, except for the Government Furnished Resources/property specified in this work statement. 4.0 REQUIREMENTS: N/A 4.1 PROVISION OF SUPPORT BASE YEAR: The Contractor shall provide Java SE 4, 5, and 6 or older versions Support as identified in the following table. Equipment Name Part Number Quantity Java SE Support Activation Oracle Java SE Support per processor 666 Oracle recently and formally acquired Java SE Support. The support is considered "Premium Support" which means that the latest version employed in the field is supported for 5 years from date of purchase. 4.2 Enterprise Architecture (EA) 4.2.3.1 DHS Enterprise Architecture Compliance Clause DHS Enterprise Architecture Compliance All solutions and services shall meet DHS Enterprise Architecture policies, standards, and procedures. Specifically, the contractor shall comply with the following HLS EA requirements: • All developed solutions and requirements shall be compliant with the HLS EA. • All IT hardware and software shall be compliant with the HLS EA Technical Reference Model (TRM) Standards and Products Profile. • Description information for all data assets, information exchanges and data standards, whether adopted or developed, shall be submitted to the Enterprise Data Management Office (EDMO) for review, approval and insertion into the DHS Data Reference Model and Enterprise Architecture Information Repository. • Development of data assets, information exchanges and data standards will comply with the DHS Data Management Policy MD 103-01 and all data-related artifacts will be developed and validated according to DHS data management architectural guidelines. • Applicability of Internet Protocol Version 6 (IPv6) to DHS-related components (networks, infrastructure, and applications) specific to individual acquisitions shall be in accordance with the DHS Enterprise Architecture (per OMB Memorandum M-05-22, August 2, 2005) regardless of whether the acquisition is for modification, upgrade, or replacement. All EA-related component acquisitions shall be IPv6 compliant as defined in the U.S. Government Version 6 (USGv6) Profile National Institute of Standards and Technology (NIST) Special Publication 500-267) and the corresponding declarations of conformance defined in the USGv6 Test Program. 4.5 Information Security Office. 4.5.3.1 Compliance with DHS Security Policy All hardware, software, and services provided under this task order must be compliant with DHS 4300A DHS Sensitive System Policy and the DHS 4300A Sensitive Systems Handbook. 4.5.3.2 Encryption Compliance: (IF ENCRYPTION IS REQUIRED), the following methods are acceptable for encrypting sensitive information) 1. FIPS 197 (Advanced Encryption Standard (AES)) 256 algorithm and cryptographic modules that have been validated under FIPS 140-2. 2. National Security Agency (NSA) Type 2 or Type 1 encryption. 3. Public Key Infrastructure (PKI) (see paragraph 5.5.2.1 of the Department of Homeland Security (DHS) IT Security Program Handbook (DHS Management Directive (MD) 4300A) for Sensitive Systems). 5.0 REFERENCES: National Telecommunications and Information Administration, Manual of Regulations and Procedures for Federal Radio Frequency Management (Redbook), September 2009 http://www.ntia.doc.gov/osmhome/redbook/redbook.html 6.0 DELIVERABLES: Provide Oracle's global technical assistance and support services to get security advisories, patches and bug fixes will no longer be freely available to the general Java community. Justification for other than full and open competition. (1) Identification of the agency and the contracting activity, and specific identification of the document as a "Justification for other than full and open competition." United States Coast Guard Command and Control Engineering Center (C2CEN), Portsmouth Virginia (2) Nature and/or description of the action being approved. CG-9335 requires Java SE (versions 4, 5, and 6) software support. After November 2012, Oracle will no longer post updates of Java SE 6 (and older versions) to its public download sites. Existing Java SE 6 downloads already posted as of November 2012 will remain accessible in the Java Archive on Oracle Technology Network. (3) A description of the supplies or services required to meet the agency's needs. C4ISR Systems on board the NSC and HC-144 Aircraft and the HC-130 J Aircraft continue to operate on Java 4, 5 and 6. In order to maintain ATO, the CG will need continued access to critical bug fixes and security fixes as well as general maintenance for Java SE 6 or older versions, long term support is available through Oracle Java SE Support Total Estimated amount for these items: $145,000.00 (4) An identification of the statutory authority permitting other than full and open competition. 6.302-1 (2)(ii) Supplies/Services may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components there, of, when it is likely that award to any other source would result in a substantial duplication of cost to the Government. (5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. In accordance with the authority cited, the following is the rationale for this justification for other than full and open competition: (a) The free versions of Java SE 1.4.2 and Java 5.0 are past their End of Life (EOL) dates. In November 2012, in accordance with Oracle's standard end of life procedures, Java SE 6 will EOL'd. This means Java SE 6 security advisories, patches and bug fixes will no longer be freely available to the general Java community. (b) Oracle Direct is the only vendor/place you can purchase Java SE Support. Oracle is the only entity that provides this support. (6) A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies. An RFQ will be posted to FBO with the statement any contractors that are authorized service suppliers of ORACLE AMERICA are encouraged to provide a Firm Fixed Price quote. (7) A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. This software application is Commercial off the Shelf (COTS) software support product that can only be provided by Oracle as a support service. (8) A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. Market research was conducted and determined there wasn't any other contractors able to provide the Java SE support needed. (9) Any other facts supporting the use of other than full and open competition, such as: None at this time (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. None at this time (11) A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. None at this time (12) Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. This justification is accurate and complete to the best of my knowledge and belief. The anticipated cost to the Government is determined to be fair and reasonable. James A. Lassiter, Contracting Officer I certify this procurement meets the Government's minimum need and that the supporting data, which forms a basis for this justification, is complete and accurate to the best of my knowledge and belief. John Killers Technical Representative NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman. Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests. Under this informal process the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester's concerns are unresolved, an Independent Review is available by the Ombudsman. The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. To be timely protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: COMMANDANT (CG-9131) U S COAST GUARD OMBUDSMAN PROGRAM FOR AGENCY PROTESTS 2100 2ND ST SW STOP 7112 WASHINGTON DC 20593-7112 The Ombudsman Hotline telephone number is 202.372.3695
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-13-Q-PBN059/listing.html)
 
Record
SN03185931-W 20130914/130912235831-98818a3a8534463c32ec4d778677401e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.